Studer Grinder PM and Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), a component of the Department of the Navy, is soliciting proposals for Studer Grinder Preventive Maintenance and Repair services. This Firm Fixed-Price contract requires a manufacturer-trained and certified technician to maintain and repair one (1) Studer S41 CNC grinding machine at JBPHH, HI. Quotes are due by January 23, 2026, at 12:00 PM HST.
Scope of Work
The contractor shall provide annual preventive maintenance (PM), calibration services traceable to NIST, and remedial repairs for a Studer S41 CNC grinding machine. This includes supplying all necessary labor, tools, materials, supplies, equipment, and transportation. All work must be performed by a U.S. citizen, OEM-trained and certified technician. Services also include software upgrades, system backups, and detailed inspection reports. Travel costs (airfare, lodging, rental car, per diem) must be included in the pricing.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: A base year (January 23, 2026 - January 22, 2027) with four (4) one-year option periods, for a total potential duration of five years.
- Set-Aside: Unrestricted
- NAICS Code: 811310 – Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (Size Standard: $12.5M)
- Product Service Code: J049 – Maintenance, Repair and Rebuilding of Equipment: Maintenance and Repair Shop Equipment
- Funding: Funds are not presently available and are contingent upon appropriation.
Submission & Evaluation
Proposals will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must submit a detailed written technical proposal (not to exceed 10 pages) demonstrating thorough knowledge and understanding of the Performance Work Statement (PWS) requirements, adequate resources, equipment, knowledge, skills, expertise, and trained personnel. Price reasonableness will be assessed for technically acceptable offers. CMMC Compliance: Offerors must comply with CMMC Level 2 (Self).
Key Dates & Contacts
- Quotes Due: January 23, 2026, at 12:00 PM HST
- Primary Contact: Meagan Wong (meagan.o.wong.civ@us.navy.mil)
- Secondary Contact: Lyndon Paloma (lyndon.g.paloma.civ@us.navy.mil)
- SAM Registration: Required by the award date.
Special Requirements & Notes
Contractor personnel must be U.S. citizens, clearly identified, and comply with PHNSY & IMF security, safety, environmental, and Operations Security (OPSEC) guidelines. This includes obtaining Shipyard Access Control Badges, adhering to Portable Electronic Device (PED) restrictions, and following strict protocols for photography, waste management, and mishap reporting.